Download as pdf or txt
Download as pdf or txt
You are on page 1of 7

AJMER DIVISION-ENGINEERING/NORTH WESTERN RLY

TENDER DOCUMENT
Tender No: 20-2024 Closing Date/Time: 11/03/2024 15:00

Sr.DEN/E acting for and on behalf of The President of India invites E-Tenders against Tender No 20-2024 Closing Date/Time
11/03/2024 15:00 Hrs. Bidders will be able to submit their original/revised bids upto closing date and time only. Manual offers are not
allowed against this tender, and any such manual offer received shall be ignored.

1. NIT HEADER

ADEN (Line) Ajmer Sub Division : Providing Fencing / Boundary Wall at various locations in
Name of Work
connection with raising of speed to 160 KMPH.
Bidding type Normal Tender
Tender Type Open Bidding System Two Packet System
Tender Closing Date Time 11/03/2024 15:00 Date Time Of Uploading Tender 16/02/2024 11:43
Pre-Bid Conference
No Pre-Bid Conference Date Time Not Applicable
Required
Advertised Value 331376339.07 Tendering Section SR.DEN E
Bidding Style Single Rate for Each Schedule Bidding Unit
Earnest Money (Rs.) 1806900.00 Validity of Offer ( Days) 90
Tender Doc. Cost (Rs.) 0.00 Period of Completion 12 Months
Contract Type Works Contract Category Expenditure
Are Joint Venture (JV) firms
Bidding Start Date 26/02/2024 Yes
allowed to bid
Ranking Order For Bids Lowest to Highest Expenditure Type Capital (Works)

2. SCHEDULE

S.No. Item Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Code
Above/
Schedule A-CPWD DSR-2021 ITEMS 196374417.49
Below/Par
Please see Item Breakup for details. 316732931.44 (-) 38.00 196374417.49
1
Description:- CPWD DSR-2021 Items

S.No. Item Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding
Code Unit
Above/
Schedule B-N.S. ITEMS 135001921.58
Below/Par
NS 1 3780.00 cum 8341.22 31529811.60 AT Par 31529811.60
Description:- Providing & laying in position machine batched and machine mixed design mix M-30 grade cement
1 concrete for precast reinforced cement concrete work, using cement content as per approved design mix in
columns, panels, beams, slabs, coping, etc. including setting in cement mortar 1:3 (1 cement: 3 coarse sand),
including cost of required Cement, centering and shuttering but excluding the cost of reinforcement Complete as
per direction of Engineer-In Charge.
NS 2 20377.50 Kg 82.17 1674419.18 AT Par 1674419.18
2 Description:- "Extra for additional height of Galvanized channel post (150x75x4mm) and other Galvanized
Materials etc."
NS 3 29640.00 RM 3434.47 101797690.80 AT Par 101797690.80

3
Pa g e 1 o f 7 Ru n Da te/Time: 16 /0 2 /2 0 2 4 11:44:5 9
AJMER DIVISION-ENGINEERING/NORTH WESTERN RLY
TENDER DOCUMENT
Tender No: 20-2024 Closing Date/Time: 11/03/2024 15:00

3
Description:- "Metal beam Crash Barrier - Double W Single side : -Providing and erecting "W" metal beam 02
Nos barrier comprising of 2 mm thick corrugated sheet metal beam rail on 1.50m high channel post
(150x75x4mm) above ground level and 1.20m below ground level, spaced at 2m center to center, all steel parts,
all fittings and fitments to be galvanized by hot dip process confirm to IS 4759, metal beam rail to be fixed on the
vertical post complete. Work will be carried out as per Railway approved drawing and as per specification and
special condition of contract attached here with. The post should be placed below G.L.by Driven mechanism or
auger mechanism as directed Engineer in-charge as per site conditions. The concrete and shuttering as and
when required will be paid under the relevant items. Note:- The item rate includes with materials, labours, lead,
lift, loading, unloading, Tools and plants, all taxes, site cleaning, bush cutting, preparation of approach path,
manual carting of materials due to unavoidable site requirement, etc. with contractor's own materials and labours
necessary for doing all the work involved in constructing the metal beam railing barrier complete in place in all
respects as per the Specifications. Work will be carried out as per direction and instruction of Engineer in charge
of work/ Engineer representative. (No any extra payment shall be paid by Railway).

3. ITEM BREAKUP

Schedule Schedule A-CPWD DSR-2021 ITEMS


Item- 1 CPWD DSR-2021 Items
S No. Item No Description of Item Unit Qty Rate Amount
2.0 EARTH WORK
Earth work in excavation by mechanical means
(Hydraulic excavator)/manual means over areas
(exceeding 30 cm in depth, 1.5 m in width as well as 10
2.6
sqm on plan) including getting out and disposal of
excavated earth lead upto 50 m and lift upto 1.5 m, as
directed by Engineer-in-charge.
1 2.6.1 All kinds of soil cum 17720 205.45 3640574
2.25 Filling available excavated earth (excluding rock) in cum 7456 253.95 1893451.2
trenches, plinth, sides of foundations etc. in layers not
2 exceeding 20cm in depth, consolidating each deposited
layer by ramming and watering, lead up to 50 m and lift
upto 1.5 m.
4.0 CONCRETE WORK
4.1S CEMENT CONCRETE (CAST IN SITU)
Providing and laying in position cement concrete of
4.1 specified grade excluding the cost of centering and
shuttering - All work up to plinth level :
4.1.2 1:1.5:3 (1 Cement: 1.5 coarse sand (zone-III) derived cum 1574.62 7783.65 12256290.96
3 from natural sources : 3 graded stone aggregate 20 mm
nominal size derived from natural sources)
4.1.6 1:3:6 (1 Cement : 3 coarse sand (zone-III) derived from cum 1664 6670.25 11099296
4 natural sources: 6 graded stone aggregate 40 mm
nominal size derived from natural sources)
Centering and shuttering including strutting, propping etc.
4.3
and removal of form work for :
5 4.3.1 Foundations, footings, bases for columns Sqm 20377.7 307.95 6275312.72
5.0 REINFORCED CEMENT CONCRETE
5.9S FORM WORK
Centering and shuttering including strutting, propping etc.
5.9
and removal of form for
5.9.1 Foundations, footings, bases of columns, etc. for mass Sqm 26360 307.95 8117562
6
concrete
5.9.2 Walls (any thickness) including attached pilasters, Sqm 73920 669.55 49493136
7
butteresses, plinth and string courses etc.
5.22S STEEL REINFORCEMENT
Steel reinforcement for R.C.C. work including
5.22 straightening, cutting, bending, placing in position and
binding all complete upto plinth level.
5.22.6 Thermo-Mechanically Treated bars of grade Fe-500D or Kg 1165107.1 89.65 104451851.52
8
more.

Pa g e 2 o f 7 Ru n Da te/Time: 16 /0 2 /2 0 2 4 11:44:5 9
AJMER DIVISION-ENGINEERING/NORTH WESTERN RLY
TENDER DOCUMENT
Tender No: 20-2024 Closing Date/Time: 11/03/2024 15:00

5.33S DESIGN MIX CONCRETE


Providing and laying in position ready mixed or site
batched design mix cement concrete for reinforced
cement concrete work; using coarse aggregate and fine
aggregate derived from natural sources, Portland
Pozzolana / Ordinary Portland /Portland Slag cement,
admixtures in recommended proportions as per IS: 9103
to accelerate / retard setting of concrete, to improve
durability and workability without impairing strength;
including pumping of concrete to site of laying, curing,
5.33
carriage for all leads; but excluding the cost of centering,
shuttering, finishing and reinforcement as per direction of
the engineer-in-charge; for the following grades of
concrete. Note: Extra cement up to 10% of the minimum
specified cement content in design mix shall be payable
separately. In case the cement content in design mix is
more than 1.10 times of the specified minimum cement
content, the contractor shall have discretion to either re-
design the mix or bear the cost of extra cement.
5.33.1 All works upto plinth level
5.33.1.1 Concrete of M25 grade with minimum cement content of cum 11864 8683.8 103024603.2
9
330 kg /cum
5.35 Add for using extra cement in the items of design mix Quintal 2587.2 688.45 1781157.84
10
over and above the specified cement content therein.
13.0 FINISHING
13.44S EXTERIOR FINISHING
Finishing with Deluxe Multi surface paint system for
13.48 interiors and exteriors using Primer as per manufacturers
specifications :
13.48.1 Two or more coats applied on walls @ 1.25 ltr/10 sqm Sqm 92480 158.95 14699696
11 over and including one coat of Special primer applied @
0.75 ltr /10 sqm
Total 316732931.44

4. ELIGIBILITY CONDITIONS

Important : All documents uploaded and remarks / confirmation entered by the bidders against any eligibility condition
shall be opened as part of technical bid only

Special Technical Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading

Pa g e 3 o f 7 Ru n Da te/Time: 16 /0 2 /2 0 2 4 11:44:5 9
AJMER DIVISION-ENGINEERING/NORTH WESTERN RLY
TENDER DOCUMENT
Tender No: 20-2024 Closing Date/Time: 11/03/2024 15:00

The tenderer must have successfully completed or substantially completed any of the
following during last 07 (seven) years, ending last day of month previous to the one in
which tender is invited: Three similar works each costing not less than the amount equal
to 30% of advertised value of the tender, or Two similar works each costing not less
than the amount equal to 40% of advertised value of the tender, or One similar work
each costing not less than the amount equal to 60% of advertised value of the tender.
(b) (i)In case of tenders for composite works (e.g. works involving more than one distinct
component, such as Civil Engineering works, S&T works, Electrical works, OHE works
etc. and in the case of major bridges - substructure, superstructure etc.), tenderer must
have successfully completed or substantially completed any of the following during last
07 (seven) years, ending last day of month previous to the one in which tender is invited:
Three similar works each costing not less than the amount equal to 30% of advertised
value of each component of tender, or Two similar works each costing not less than the
amount equal to 40% of advertised value of each component of tender, or One similar Allowed
1 No No
work each costing not less than the amount equal to 60% of advertised value of each (Mandatory)
component of tender. Note: for b (i) separate completed works of minimum required
values shall also be considered for fulfillment of technical eligibility criteria for different
components. (b)(ii)In such cases, what constitutes a component in a composite work
shall be clearly pre-defined with estimated tender cost of it, as part of the tender
documents without any ambiguity. Any work or set of works shall be considered to be a
separate component, only when cost of the component is more than 2 crore each. (b) (iii)
To evaluate the technical eligibility of tenderer, only components of work as stipulated in
tender documents for evaluation of technical eligibility, shall be considered. The scope of
work covered in other remaining components shall be either executed by tenderer
himself if he has work experience as mentioned in clause 7 of the Standard General
Conditions of Contract or through subcontractor fulfilling the requirements as per clause
7 of the Standard General Conditions of Contract or jointly i.e., partly himself and
remaining through subcontractor, with prior approval of Chief Engineer in writing.
However, if required in tender documents by way of Special Conditions, a formal
agreement duly notarised, legally enforceable in the court of law, shall be executed by
the main contractor with the subcontractor for the component(s) of work proposed to be
executed by the subcontractor(s), and shall be submitted along with the offer for
considering subletting of that scope of work towards fulfilment of technical eligibility.
Such subcontractor must fulfill technical eligibility criteria as follows: The subcontractor
shall have successfully completed at least one work similar to work proposed for
subcontract, costing not less than 35% value of work to be subletted, in last 5 years,
ending last day of month previous to the one in which tender is invited through a works
contract. Note: for subletting of work costing up to Rs 50 lakh, no previous work
experience of subcontractor shall be asked for by the Railway In case after award of
contract or during execution of work it becomes necessary for contractor to change
subcontractor, the same shall be done with subcontractor(s) fulfilling the requirements as
Allowed
1.1 per clause 7 of the Standard General Conditions of Contract, with prior approval of Chief No No
(Mandatory)
Engineer in writing. Note for Item 10.1: Work experience certificate from private
individual shall not be considered. However, in addition to work experience certificates
issued by any Govt. Organisation, work experience certificate issued by Public listed
company having average annual turnover of Rs 500 crore and above in last 3 financial
years excluding the current financial year, listed on National Stock Exchange or Bombay
Stock Exchange, incorporated/registered at least 5 years prior to the date of closing of
tender, shall also be considered provided the work experience certificate has been
issued by a person authorized by the Public listed company to issue such certificates. In
case tenderer submits work experience certificate issued by public listed company, the
tenderer shall also submit along with work experience certificate, the relevant copy of
work order, bill of quantities, bill wise details of payment received duly certified by
Chartered Accountant, TDS certificates for all payments received and copy of final/last
bill paid by company in support of above work experience certificate.
Allowed
1.2 Definition Of Similar Work : - ANY CIVIL ENGINEERING WORK No No
(Mandatory)

Standard Financial Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading

Pa g e 4 o f 7 Ru n Da te/Time: 16 /0 2 /2 0 2 4 11:44:5 9
AJMER DIVISION-ENGINEERING/NORTH WESTERN RLY
TENDER DOCUMENT
Tender No: 20-2024 Closing Date/Time: 11/03/2024 15:00

The tenderer must have minimum average annual contractual turnover of V/N or 'V'
whichever is less; where V = Advertised value of the tender in crores of Rupees N =
Number of years prescribed for completion of work for which bids have been invited. The
average annual contractual turnover shall be calculated as an average of "total
contractual payments" in the previous three financial years, as per the audited balance
Allowed
1 sheet. However, in case balance sheet of the previous year is yet to be prepared/ No No
(Mandatory)
audited, the audited balance sheet of the fourth previous year shall be considered for
calculating average annual contractual turnover. The tenderers shall submit requisite
information as per Annexure-VIB, along with copies of Audited Balance Sheets duly
certified by the Chartered Accountant/ Certificate from Chartered Accountant duly
supported by Audited Balance Sheet.

Bidders shall confirm and certify on the behalf of the tenderer including its constituents as under:

S.No. Description
1 I/we the tenderer (s) am/are signing this document after carefully reading the contents.
2 I/We the tenderer(s) also accept all the conditions of the tender and have signed all the pages in confirmation thereof.
I/we hereby declare that I/we have downloaded the tender documents from Indian Railway website www.ireps.gov.in . I/we have
verified the content of the document from the website and there is no addition, no deletion or no alteration to the content of the
3
tender document. In case of any discrepancy noticed at any stage i.e. evaluation of tenders, execution of work or final payment
of the contract, the master copy available with the railway Administration shall be final and binding upon me/us.
I/we declare and certify that I/we have not made any misleading or false representation in the forms, statements and
4
attachments in proof of the qualification requirements.
I/We also understand that my/our offer will be evaluated based on the documents/credentials submitted along with the offer and
5
same shall be binding upon me/us.
I/We declare that the information and documents submitted along with the tender by me/us are correct and I/we are fully
6
responsible for the correctness of the information and documents, submitted by us.
I/we certify that I/we the tenderer(s) is/are not blacklisted or debarred by Railways or any other Ministry / Department of Govt.
7 of India from participation in tender on the date of submission of bids, either in individual capacity or as a HUF/ member of the
partnership firm/LLP/JV/Society/Trust.
I/we understand that if the contents of the certificate submitted by us are found to be forged/false at any time during process for
evaluation of tenders, it shall lead to forfeiture of the Bid Security and may also lead to any other action provided in the contract
8
including banning of business for a period of upto two year. Further, I/we and all my/our constituents understand that my/our
offer shall be summarily rejected.
I/we also understand that if the contents of the certificate submitted by us are found to be false/forged at any time after the
award of the contract, it will lead to termination of the contract, along with forfeiture of Bid Security/Security Deposit and
9
Performance guarantee and may also lead to any other action provided in the contract including banning of business for a
period of upto two year.
I/We have read the clause regarding restriction on procurement from a bidder of a country which shares a land border with India
and certify that I am/We are not from such a country or, if from such a country, have been registered with the competent
10
Authority. I/We hereby certify that I/we fulfil all the requirements in this regard and am/are eligible to be considered (evidence of
valid registration by the competent authority is enclosed)

Partnership firm/Joint Venture (JV) / Hindu Undivided Family (HUF) / Limited Liability Partnership (LLP) etc.

S.No. Description
Partnership firm/Joint Venture (JV) / Hindu Undivided Family (HUF) / Limited Liability Partnership (LLP) etc. Please
submit a certificate in the prescribed format (please download the format from the link given below). Non submission of the
1 certificate, or submission of certificate either not properly filled in, or in a format other than the prescribed format shall lead to
summary rejection of your offer.
( Click here to download the Format of Self Certification)

5. COMPLIANCE

Important : All documents uploaded and remarks / confirmation entered by the bidders against any compliance
condition shall be opened as part of technical bid only.

Commercial-Compliance

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Please enter the percentage of local content in the material being offered.
Please enter 0 for fully imported items, and 100 for fully indigenous items. The Allowed
1 No Yes
definition and calculation of local content shall be in accordance with the Make (Optional)
in India policy as incorporated in the tender conditions.

General Instructions

Pa g e 5 o f 7 Ru n Da te/Time: 16 /0 2 /2 0 2 4 11:44:5 9
AJMER DIVISION-ENGINEERING/NORTH WESTERN RLY
TENDER DOCUMENT
Tender No: 20-2024 Closing Date/Time: 11/03/2024 15:00

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Any firm recognized by Department of Industrial Policy and Promotion (DIPP)
as STARTUPS shall be exempted from payment of Bid Security deposit
1 No No Not Allowed
detailed above on submission of Registration Certificate issued by appropriate
authority.
It shall not be obligatory on the said authority to accept the lowest tender and
2 no tenderer/tenderers shall demand any explanation for the cause of rejection No No Not Allowed
of his/their tender.
If the tenderers deliberately gives/give wrong information in his/their tender or
3 creates/create circumstances for the acceptance of his/their tender, the No No Not Allowed
Railway reserves the right to reject such tender at any stage.
If the tenderer/s expires after the submission of his/their tender or after the
acceptance of his tender, the Rly. shall deem such tender as cancelled. If a
4 partner of a firm expires after the submission of their tender or after the No No Not Allowed
acceptance of their tender, the Railway shall deem such tender as cancelled
unless the firm retains its character.
The Bid Security should be paid through online payment. In case the tenderer
withdraw his offer within the validity period of his offer or fails to undertake the
contract after acceptance of his tender the full Bid Security shall be forfeited. If
the tender is accepted the amount of Bid Security will be retained and adjusted
as security deposit for the due and faithful fulfillment of the contract. The Bid
5 Security of the unsuccessful tenderers shall save as here-in-before provided No No Not Allowed
be returned to the unsuccessful tenderers within a reasonable time but the
Railway shall not be responsible for any loss or depreciation that my happen to
the security for the due performance of the stipulation to keep the offer open
for the period specified in the tender documents or to the Bid Security while in
their possession nor be liable to pay interest thereon.
The tenderers shall keep the offer open for a minimum period as mentioned in
NIT from the date of opening of the tender, within which period the tenderers
can not withdraw their offer, subject to the period being extended further if
6 No No Not Allowed
required, by mutual agreement from time to time. Any intervention of the
above condition will make the tenderer liable for forfeiture of his security
deposit for due performance of the foregoing stipulation.
If it is not mentioned in the submitted tender that tender is being submitted on
behalf of a Sole Proprietorship firm / Partnership firm / Joint Venture /
Registered Company etc., then the tender shall be treated as having been
submitted by the individual who has signed the tender. The tenderer whether
sole proprietor / a company or a partnership firm / registered society /
registered trust / HUF / LLP etc. if they want to act through agent or individual
partner(s), should submit along with the tender, a copy of power of attorney
duly stamped and authenticated by a Notary Public or by Magistrate in favour
of the specific person whether he/they be partner(s) of the firm or any other
person, specifically authorizing him/them to sign the tender, submit the tender
and further to deal with the Tender/Contract up to the stage of signing the
agreement except in the case where such specific person is authorized for
7 above purposes through a provision made in the partnership deed / No No Not Allowed
Memorandum of Understanding / Article of Association / Board resolution,
failing which tender shall be summarily rejected. A separate power of attorney
duly stamped and authenticated by a Notary Public or by Magistrate in favour
of the specific person whether he / they be partner(s) of the firm or any other
person, shall be submitted after award of work, specifically authorizing him /
them to deal with all other contractual activities subsequent to signing of
agreement, if required. NOTE : A Power of Attorney executed and issued
overseas, the document will also have to be legalized by the Indian Embassy
and notarized in the jurisdiction where the Power of Attorney is being issued.
However, the Power of Attorney provided by Bidders from countries that have
signed and Hague Legislation Convention 1961 are not required to be
legalized by the Indian Embassy if nt carries a conforming Apostille certificate.
Non-compliance with any of the conditions set forth therein above is liable to
8 No No Not Allowed
result in the tender being rejected.
The quantities shown in above Schedule are approximate and are as a guide
to give the tenderer(s) an idea of quantum of work involved. The Railway
9 No No Not Allowed
reserves the right to increase/decrease and/or delete or include any of the
quantities given above and no extra rate will be allowed on this account.

Pa g e 6 o f 7 Ru n Da te/Time: 16 /0 2 /2 0 2 4 11:44:5 9
AJMER DIVISION-ENGINEERING/NORTH WESTERN RLY
TENDER DOCUMENT
Tender No: 20-2024 Closing Date/Time: 11/03/2024 15:00

Special Conditions

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
All the bidders/tenders should ensure that they are GST compliant and their
1 No No Not Allowed
quoted tax structure/rates are as per GST Law.

Undertakings

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
I/ We have visited the works site and I / We am / are aware of the site
1 No No Not Allowed
conditions.

Custom

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
An undertaking by all partners of the partnership firm that they are not
blacklisted or debarred by Railways or any other Ministry / Department of the
Govt. of India from participation in tenders / contracts as on the date of
Allowed
1 opening of bids, either in their individual capacity or in any firm in which they Yes Yes
(Mandatory)
were / are partners. Concealment / wrong information in regard to above shall
make the contract liable for determination under Clause 62 of the General
Conditions of Contract.
Work Measurement by Contractors for this work is allowed in accordance with Allowed
1.1 Yes Yes
the instructions contained in Railway Board's letters, Engineering Code, GCC. (Optional)

6. Documents attached with tender

S.No. Document Name Document Description


1 RateProforma.pdf Rate Proforma
2 TenderFrom.pdf Tender Form
3 Spl.Cond..pdf Special Conditions
4 Drg.W-Beam.pdf Drg W beam

This tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued by
Department of Induswww Promotion and Policy, Ministry of Commerce, circulated vide Railway Board letter no.
2015/RS(G)/779/5 dated 03/08/2017 and 27/12/2017 and amendments/ revisions thereof.

As a Tender Inviting Authority, the undersigned has ensured that the issue of this tender does not violate provisions of
GFR regarding procurement through GeM.

Signed By: SHER SINGH MEENA

Designation : Sr.DENEast

Pa g e 7 o f 7 Ru n Da te/Time: 16 /0 2 /2 0 2 4 11:44:5 9

You might also like